Tender

Agriculture, Land-use, Climate and Nature Evidence Programme

  • Welsh Government

F02: Contract notice

Notice identifier: 2022/S 000-016802

Procurement identifier (OCID): ocds-h6vhtk-032a95

Published 20 June 2022, 1:11pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

Email

CPSProcurementAdvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/?lang=en

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Agriculture, Land-use, Climate and Nature Evidence Programme

Reference number

C208/2021/2022

two.1.2) Main CPV code

  • 90711500 - Environmental monitoring other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). The programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely a consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:

- Monitoring - undertake a National Field Survey (NFS) https://erammp.wales/en/nfs

- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) https://erammp.wales/en/imp

- Evidence - deliver ongoing analytical support

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711500 - Environmental monitoring other than for construction
  • 90711300 - Environmental indicators analysis other than for construction
  • 90714000 - Environmental auditing
  • 90714100 - Environmental information systems

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). This programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:

- Monitoring - undertake a National Field Survey (NFS)

- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP)

- Evidence - deliver ongoing analytical support

The Welsh Government expects the programme to:

- Undertake a National Field Survey (NFS) enabling the monitoring and evaluation of policies in the areas of agriculture, land-use, climate and nature, including, but not exclusively, Glastir; transition schemes; the Sustainable Farming Schemes; the Nature Network Programme.

- Undertake appropriate analytics of NFS data and other sources to satisfy reporting requirements in the areas of agriculture, land-use, climate and nature, including, but not exclusively, National Trends; Well-being of Future Generations (Wales) Act 2015 indicators; the Environment (Wales) Act 2016 State of Natural Resources Reporting (SoNaRR); Rural Development Plan replacement reporting; other emerging international and domestic reporting requirements.

- Be adaptive and responsive in delivering evidence needs to support policy across the areas of agriculture, land-use, climate and nature, including, but not exclusively, ongoing modelling capability using the Integrated Modelling Platform and other modelling tools; undertake tactical analysis and evidence reviews and provide direct expert scientific support.

To deliver this it is required that the lead supplier will bring together a wide range of skills, expertise, and organisations; will be adaptive and responsive; will identify and embrace new technology; will maximise the opportunities for using and sharing the data collected; will seek to deliver maximum community benefits and aspire to deliver an exemplar evidence programme.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The maximum contract duration is 10 years in total with 2 year renewal points – 2 years initial contract term with optional extension periods of 2 years, plus 2 years, plus 2 years, plus 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The budget for the 2 year initial contract term is between GBP 2,600,000.00 – 3,000,000.00. The potential total contract budget for the max. 8 years of the optional extension periods is between GBP 10,400,000.00 – 12,000,000.00. The budget stated in II.2.6 is the max. budget for up to 10 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

as per the information in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

as per the information in the tender documents

three.2.2) Contract performance conditions

as per the information in the tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-009210

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 August 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 August 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: between 2 and 10 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_50288, itt_94628.

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121876

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Community Benefits will be scored, as per the information in the tender documents.

(WA Ref:121876)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom